Folsom Dam Trash Collection and Disposal
ID: 140R2025Q0037Type: Combined Synopsis/Solicitation
AwardedJun 13, 2025
$222.8K$222,754
AwardeeHAMILTON ALLIANCE INC 5725 CORPORATE WAY STE 107 West Palm Beach FL 33407 USA
Award #:140R2025P0037
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide trash collection and disposal services at Folsom Lake, California, through a Request for Quote (RFQ) numbered 140R2025Q0037. The contract encompasses a five-year period, starting from July 12, 2025, to July 11, 2030, and includes weekly pickups of government-owned trash and cardboard bins, as well as contractor-owned roll-off containers for various waste types. This procurement is vital for maintaining an efficient and environmentally responsible waste management system, ensuring compliance with federal guidelines while promoting small business participation. Interested vendors must submit their quotes by May 7, 2025, at 3:00 PM PST, and can direct inquiries to Sherry Heibeck at sheibeck@usbr.gov or by phone at (916) 978-6188.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a price schedule for refuse removal and disposal services for the CCAO Folsom, covering a base year and four option years from July 12, 2025, to July 11, 2030. It specifies items and services such as weekly pickups of government-owned trash and cardboard bins, and contractor-owned roll-off containers for various waste types. Each fiscal year lists the quantities and unit prices for the services, all currently marked as $0.00, implying that pricing details are yet to be determined. The structure of the price schedule includes individual line item numbers (CLIN) for each service, grouped by fiscal year with totals for the base and option years. The document serves to establish a framework for the bidding process in accordance with government requirements for waste management contracts. Through this arrangement, the document aims to ensure that waste removal services are systematically managed, reflecting fiscal accountability and efficient procurement practices.
    This document outlines the inventory and ownership of waste containers within a local government area, detailing both government-owned and contractor-provided bins for waste management. It specifies the types of bins: light green bins are government-owned, while marked bins (Bin**) indicate containers provided by contractors such as Arwec and MPCO. The inventory includes three 20-yard open-top roll-off containers dedicated to solid waste, green waste, and metal, all of which are supplied by contractors. Additionally, there are 8-yard bins for green waste and a cardboard-only bin, both of which are government-owned. This information is likely associated with a Request for Proposals (RFP) or grant regarding waste management services, emphasizing the structured waste disposal system within the government’s operational framework.
    The document appears to be a corrupted or encrypted file, as it contains numerous unreadable characters and formatting issues. There is no clear topic or structured content present, which makes it impossible to extract meaningful information or key points. The purpose of the document cannot be established due to the illegibility of the text. As a result, it does not effectively serve any function related to government RFPs, federal grants, or state/local RFPs. It is crucial for such documents to be accessible and coherent to have any analytical or informative value. Without further clarification or unencrypted content, a comprehensive summary cannot be provided.
    The document outlines a Request for Quotation (RFQ) from the Bureau of Reclamation for trash and cardboard collection services at the Folsom Dam Offices in California, structured over five years, including one base year and four optional years. The solicitation is exclusively set aside for small businesses and details the requirements for the contractor to provide waste collection and disposal services, including labor, materials, and supervision, adhering to safety regulations. The total contract amount, submission requirements, and specifics for service performance, monitoring, and evaluation are highlighted. The contract aims to ensure efficient and environmentally responsible refuse removal while enforcing strict compliance with federal guidelines. Interested vendors must provide various documents, including business information, a pricing schedule, capability statements, and past performance references. Final quotes are due by May 7, 2025, emphasizing the need for vendors to register in the System for Award Management. This solicitation serves as a vital effort by the government to ensure professional waste management services within regulated standards while promoting small business participation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Blue Marsh Waste Removal Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking a contractor for a firm fixed-price service contract for waste removal services at Blue Marsh Lake in Leesport, Pennsylvania. The contractor will be responsible for the removal of trash, garbage, and debris from the site, with the base period of performance running from February 1, 2026, to December 31, 2026, and options for four additional years through December 31, 2030. This service is crucial for maintaining the cleanliness and operational integrity of the recreational area managed by the USACE. Interested contractors must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and any inquiries should be directed to Molly Gallagher at molly.gallagher@usace.army.mil or by phone at 215-656-6777.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    Grease Trap Cleaning Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for grease trap cleaning services at Beale Air Force Base (AFB) in California. The contract requires both scheduled quarterly and unscheduled cleaning services for six underground grease traps across five facilities, ensuring compliance with local, state, and federal regulations while preventing blockages and odors in the kitchen’s wastewater system. This non-personal service contract, valued at approximately $16.5 million, includes a base period from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by January 9, 2026, at 10:00 AM PST. Interested parties should contact Teresa Romig at teresa.romig@us.af.mil or SSgt Jacob Duderstadt at jacob.duderstadt@us.af.mil for further information.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    Almanor Ranger District Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Almanor Ranger District offices located in Chester, California. The contract encompasses approximately 12,810 square feet across five buildings, requiring services three days a week, including specific tasks for restrooms, offices, and common areas, with a focus on environmentally friendly cleaning practices. This firm-fixed-price contract includes a base year from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by December 29, 2025, at 5:00 PM PST. Interested contractors must submit their quotes via email to Mary.Bosch@usda.gov, ensuring compliance with SAM registration and relevant wage determinations.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    S222--Waste Removal Services Battle Creek
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Waste Removal Services at the Battle Creek VA Medical Center. This procurement aims to establish a firm fixed-price contract for general waste removal and recycling services, covering various trash and recycling needs across multiple buildings on the campus. The contract will span a base year from January 1, 2026, to December 31, 2026, with two optional years for 2027 and 2028, and is critical for maintaining a clean and safe environment for veterans and staff. Interested offerors must submit their proposals by December 23, 2025, at 9:00 AM EST, and direct any questions to Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov.
    John Edgar Hoover (JEH) Waste Management Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified small businesses to provide Waste Management Services at the John Edgar Hoover (JEH) Building in Washington, DC. The contract, which is set aside for HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), or Women-Owned Small Businesses (WOSB), includes a base period plus four option periods, emphasizing the establishment of a Mini-Material Recovery Facility to manage solid waste and recycling operations. Key responsibilities include sorting, baling, transporting recyclable materials, and maintaining compliance with safety and environmental regulations, with a focus on personnel security clearances and detailed record-keeping. Interested parties must submit their quotes by 12:00 PM EST on Thursday, December 18th, 2023, and can direct inquiries to Ms. McKenzie Bucher at mpbucher@fbi.gov.
    Liquid Sanitary Disposal and Grease Pumping
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified contractors for liquid sanitary waste disposal and grease pumping services at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) in Phoenix, Arizona. The contract will involve the removal of liquid sanitary waste from various locations, including wastewater treatment plants and food service grease traps, with specific pumping frequencies ranging from weekly to annually. This procurement is critical for maintaining sanitary conditions within correctional facilities and ensuring compliance with Arizona's hazardous waste disposal regulations. Interested parties should contact Anne Bradley at abradley1@bop.gov or Craig Redd at credd@bop.gov, with responses to the market research questionnaire due by December 23, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.